/ CLARENDONCOUNTYPROCUREMENT
REQUEST FOR PROPOSAL
**THIS DOCUMENT WILL SERVE AS CONTRACT** / Solicitation Number /

2015-1216-ROAD & DRAINAGE REPAIRS/REQUIRED RECOVERY RESULTING FROM 2015 FLOOD

Tamika Malone CPPO, CPPB

Procurement Director

AWARD& AMENDMENTS / *******INSTRUCTIONS **********
Please submit your technical and price proposals in separate sealed envelopes.
DEADLINE TO SUBMIT: 4:00 P.M. Wednesday, December 16, 2015
Please SUBMIT (FORMS 1-3) on pages 31-35, including any separate pages, along with signed CERTIFICATES (referred to as EXHIBITS A-E) on pages 38-45as your sealed “TECHNICAL PROPOSAL”
In a separate sealed envelope, please SUBMIT this page, PAGE 2, itMUST be signed, along with (FORM 4) on page 36 as your sealed “PRICE PROPOSAL”
If you do not intend to respond to this solicitation, please fill out Page 46 and kindly return via e-mail or fax.
NAME OF OFFEROR (Full legal name of business submitting the offer) / OFFEROR'S TYPE OF ENTITY: (Check one)
□ Sole Proprietorship □ Partnership
□ Corporation ____State of Incorporation
□ Government entity (federal, state, or local) □ Other
□ DBE/MBE/WBE □ SC RESIDENT VENDOR
□ CERTIFICATE OF INSURANCE ENCLOSED
□ GENERAL CONTRACTOR ______
______
TAX PAYER ID DUNS
ACKNOWLEDGEMENT OF ADDENDUMS
□ ADDENDUM #1 □ADDENDUM #2 □ ADDENDUM #3
AUTHORIZED SIGNATURE
Person signing must be authorized to submit binding offer to enter contract on behalf of Offeror named above. My signature indicates my agreement to be bound to the terms and conditions contained herein.
TITLE (Business title of person signing above)
PRINTED NAME (Printed name of person signing above) / DATE
OFFEROR’S ADDRESS / CITY/STATE / ZIP CODE
PHONE / FAX / E-MAIL
By submission of a signed agreement, I certify, under penalties of perjury, that my firm complies with section 12-54-1020(B) of the SC Code of Laws 1976, as amended, relating to payment of any applicable taxes.
I hereby affirm that my OFFER includes cost for permits, fees, personnel, supervision, labor, time, materials and equipment required to perform all work in accordance with all terms and conditions contained herein.
This solicitation, along with an assigned PO# will serve as contract for this purchase.
My signature indicates that I have the authority to enter into an agreement with Clarendon County and will be responsible for the fulfillment of this solicitation.
ACCEPTED BY: ______
TAMIKA MALONE CPPO, CPPB DATE / PO#
PROCUREMENT DIRECTOR, CLARENDON COUNTY

FORM 1

FORM 1

RFP

Offeror shall note that submission of a response to this Request for Proposals, authorizes Clarendon County or its agents/representatives to make inquiries concerning the Offeror and the offer submitted from any entity it deems appropriate.

Date of Offer: / Federal Identification Number:
Offeror Firm/Company Name:
Offeror Mailing/Street Address:
OfferorCity / State / Zip:
Telephone Number: / Fax Number:
Website Address:
Name / Title of Authorized Agent:
Signature of Authorized Agent:
Telephone Number: / Fax Number:
E-mail Address:
Employee Name Licensed With SC Licensing Board (Qualifier): / License Number:
Number of Years: / Number of Years with Company:
Are you certified as a DBE (disadvantaged business enterprise) by the State of South Carolina? Yes No If yes, provide certification number:
If no, would you qualify as a DBE based on being at least fifty-one percent (51 %?) Ownership by a woman or person of ethnic (non-white) origin? Minority-owned Woman-owned No
Are you willing to make positive efforts to use a DBE as sub-contractors for this project? Yes No
Acknowledge receipt of all addenda issued: / Addendum Number: / Initials:
Addendum Number: / Initials:
Addendum Number: / Initials:

Clearly list any deviations from the requested specifications and fully explained such deviations?

Please indicate if you have previously provided products/services to Clarendon County.

FORM 2

Key Personnel & Qualifications & Experience

Offerors shall submit their responses to the Request for Proposals in the order/format listed below:

1. Qualifications of Firm

1. Summary of Qualifications: Provide a description and history of the firm which summarizes Proposer's experience in all aspects of civil works construction (reference resources, operations, planning, contract management, accounting systems, and knowledge and experience with Federally reimbursed projects).

2. Resources / Equipment:. Provide a list of contractor owned equipment that is applicable to the scope of work included herein.

3. Litigation Summary: Provide a list of all claims, arbitrations, administrative hearings, and lawsuits brought against your company. Has the proposer been a defendant in any litigation in the last ten years? If so, provide a detailed description of such litigation and the outcome. Has the proposer ever been the subject of an investigation involving construction work? If so, provide a detailed description of the investigation and its outcome. Has the proposer ever brought suit against a state or local government? If so, provide a detailed description of the suit and its outcome. Is the proposer currently barred from doing FEMA related work?

2. Technical Approach

1. Project Approach: Provide a short narrative description of your overall approach to completing the scope of work required by the County.

2. Accounting & Document Management: Describe your approach to documenting work completed, invoicing and documentation.

3. Quality Control: Briefly describe your approach and methods used to ensure that quality work is performed.

3. Project Management

1. Key Personnel: Provide a list of key personnel to be assigned to provide the required services including brief resumes (not to exceed 1 page each) for each describing experience, training, and education relevant to the required services.

2. Certifications: Provide a list of certifications held by key personnel.

4. References

1. References: List at least three references. The reference list should demonstrate the company's work experience with roadway / civil works projects and identify each reference withcontact name, address, and telephone number.

Letters of reference may be included.

Provide detailed employee resumes for those persons performing the following functions:
a. Project Oversight/Management
b. Assessment of Market Factors & Lead Time Management
c. Cost Estimating
d. Site Superintendent
e. Subcontractor Scheduling & Management
f. Quality Assurance
g. Safety and Claims Management
Provide detailed resumes for those persons/organizations performing the following functions when Offeror does not have in-house expertise to do so but must outsource the work (subcontractor)

Qualifications & Capability FORM 3

1. Number of consecutive years you have operated as a General Contractor:
Number of years licensed in State of South Carolina:
Number of years you have operated under the current name and structure:
If less than five (5), provide name of previous company:
Name of Qualifier: / SC License Number:
Explanation for reorganization to current name andstructure:(Explain on separate sheet)
Number of permanent employees: / Number of Construction Project Managers:
Number of Field Supervisors: / Number of Clerical Staff:
Provide copy of incorporation and licensing.
2. Do you have an accounting system that permits timely and adequate development of cost data accurately across all
Projects in progress acceptable to general accounting standards? Yes No
Do you currently have and use Expedition software to manage projects and communicate with subcontractors, project managers and owners? Yes No
State current financial rating: / Dunn & Bradstreet Other (Specify):
Provide information on your certified public accountant: Name:
Phone Number: / Address:
Contact Name: / Address:
(Financial statements are not required at this time; however, by providing this information, you are authorizing your Accountant to release such financial information to Clarendon County, upon request and as required, that will assist Clarendon County in determining your financial stability.)
Have you in the past five (5) years or do you anticipate currently or in the future to: File a voluntary or involuntary petition of bankruptcy? Yes No Be insolvent? Yes No
Be appointed a receiver or trustee? Yes No
Be assigned for the benefit of creditors? Yes No (If answered yes to any question, explain on separate sheet)
3. Provide information on your bonding company: Name:
Phone Number: / Address:
Contact Name: / Address:
Licensed in South Carolina? Yes No / Listed on US Treasury List, Circular 570? Yes N
Provide information on your attorney-in-fact:
Name:
Phone Number: / Address:
Contact Name: / Address:
By providing this information, you are authorizing your Bonding Company and/or Attorney-in-fact to release such bonding information to Clarendon County, upon request and as required, that will assist Clarendon County in determining your financial stability.)
Provide information on other bonding company or attorney-in-fact you have had in past five (5) years. (Separate Sheet)
Maximum amount allowed to bond an individual project: / $
Aggregate bonding capacity as of the date of this offer: / $
Amount of aggregate bonding capacity utilized as of the date of this offer: / $
Number of applications for payment and performance bonds made in past five (5) years:
Number of those applications denied: / (Explain on Separate Sheet)
Have any claims filed against your surety in past five (5) years? Yes No (If yes, explain on separate sheet)
4. List current insurance experience modifier rating (EMR):
List current workers’ compensation experience modification rating (EMR), if different:
Explain your established safety plan for this Historical building project. (Explain on separate sheet)
Do you include subcontractors and suppliers in your safety plan? Yes No (If yes, explain on separate sheet)
Briefly describe, citing specific evidence of your safety record for the past five (5) years. (Explain on separate sheet)
5. Have you filed any lawsuit or requested arbitration/mediation relative to a construction contract in past ten (10) years?
Yes No (If yes, explain on separate sheet) Have you failed to complete any contracted work or been found in
breach or default on any contract in past ten (10) years? Yes No (If yes, explain in detail on separate sheet)
Have you ever failed to pay a subcontractor/supplier amounts owed that resulted in a lawsuit, judgment, lien or other
action by the subcontractor/supplier to collect monies owed? Yes No (If yes, explain in detail on separate sheet)
Are their currently any judgment, claim, arbitration, mediation proceedings or lawsuits pending/outstanding at the time of
This offer? Yes No (If yes, explain in detail on separate sheet) Have you or any officer, director, key employee or
qualifier been convicted of a state/federal crime related to construction contracting including violations of ethics, anti-trust laws, fraud, conspiracy to bid rig or other such acts in the past ten (10) years?
Yes No (If yes, explain in detail on separate sheet)
Are you currently or have you ever been debarred from bidding or contracting with any public entity in any state or with
the federal government? Yes No (If yes, explain in detail on separate sheet) Have you or any officer, director, key
employee or qualifier had a contractor’s license revoked or been assessed any fines or issued any consent orders/letters
or other administrative action by a contractors’ licensing board? Yes No (If yes, explain in detail on separate sheet)

“PRICE PROPOSAL” SUBMITTAL FORM FORM 4

Clarendon County Flood Recovery Roadway Repairs – DR 4241
PROPOSED UNIT PRICE SCHEDULE
BAMS # / DESCRIPTION / UNIT / UNIT PRICE
1031010 / MOBILIZATION (PER SITE) / EA
1071000 / TRAFFIC CONTROL (PER DAY) / EA
2031000 / UNCLASSIFIED EXCAVATION / CY
2033000 / BORROW EXCAVATION (1-1000 CY) / CY
2033000 / BORROW EXCAVATION (1001 CY & ABOVE) / CY
2081001 / FINE GRADING / SY
2091100 / SELECT MATERIAL FOR SHOULDERS & SLOPES / CY
2103000 / FLOWABLE FILL / CY
3050199 / GRADED AGGREGATE BASE COURSE (1-500 SY) / TON
3050199 / GRADED AGGREGATE BASE COURSE (501 SY & ABOVE) / TON
3069900 / MAINTENANCE STONE / TON
- / ASPHALT MILLINGS FOR PAVING / TON
3100310 / H/M ASPH. BASE CR.-TYPE A INCLUDES BINDER (1-100 TON)* / TON
3100310 / H/M ASPH. BASE CR.-TYPE A INCLUDES BINDER (101 TON & ABOVE)* / TON
4012040 / FULL DEPTH ASPHALT PATCHING (4" UNIF.) / SY
4013990 / MILL.EXIST.ASPH.PVMT.-VARIABLE / SY
4020320 / H/M ASPH.INTERMEDIATE CR.TYPE B INCLUDES BINDER (1-100 TON)* / TON
4020320 / H/M ASPH.INTERMEDIATE CR.TYPE B INCLUDES BINDER (101 TON & ABOVE)* / TON
4030340 / H/M ASPH.SURF.CR. TYPE C INCLUDES BINDER (1-100 TON)* / TON
4030340 / H/M ASPH.SURF.CR. TYPE C INCLUDES BINDER (101 TON & ABOVE)* / TON
6270000 / TEMPORARY PAVEMENT MARKINGS / LF
6270000 / PERMANENT PAVEMENT MARKINGS (THERMO.) / LF
6301100 / PERM.YEL.PAV.MARK BI-DIR 4"X4" / EA
7141113 / 18" RC PIPE CUL.-CLASS III / LF
7141114 / 24" RC PIPE CUL.-CLASS III / LF
7141116 / 36" RC PIPE CUL.-CLASS III / LF
7141118 / 48" RC PIPE CUL.-CLASS III / LF
7152003 / 18" CORR. STEEL PIPE CUL.-0.064" / LF
7152005 / 24" CORR. STEEL PIPE CUL.-0.064" / LF
7152008 / 36" CORR. STEEL PIPE CUL.-0.064" / LF
7152011 / 48" CORR. STEEL PIPE CUL.-0.064" / LF
8041015 / RIP-RAP (CLASS A) / CY
8048200 / GEOTEX/EROS.CONT(CLASS2)TYPE A / SY
8100101 / PERM. GRASSING FOR SMALL PROJ. / ACRE
8153000 / SILT FENCE / LF
DITCH CHECK / TON
8156490 / STABILIZED CONSTR. ENTRANCE / SY

EXHIBIT A

Page 1

INSURANCE REQUIREMENTS

(Contracts Greater Than $25,000)

Consultants working for the Clarendon County are required to procure and maintain for the duration of their contract with the County insurance against claims for injuries to persons or damages to property which may arise from or in connection with work performed by the Consultant, his agents, representatives, employees or subconsultants. The cost of such insurance shall be the responsibility of the Consultant.

A.The Consultant shall carry liability insurance with a reliable company licensed to do business in South Carolina. Coverage shall be at least broad as:

1. Insurance Services Office Commercial General Liability Coverage Form (“occurrence”) CG 00 01 10 93.

2.Insurance Services Office Business Auto Coverage Form

CA 00 01 6 92 covering automobile liability, code 1 “any auto”.

B.Consultant shall carry workers’ compensation as required by the State of South Carolina

and Employers Liability insurance (including applicable occupation disease provisions and all state endorsements.)

C. Consultant shall maintain limits no less than the following:

1.GENERAL LIABILITY: $1,000,000 combined single limit per occurrence for bodily injury, property damage, and personnel injury with a $2,000,000 general aggregate limit.

2.AUTOMOBILE LIABILITY: $1,000,000 combined single limit per accident for bodily injury and property damage.

3.WORKERS’ COMPENSATION: Statutory limits are required by South Carolina state law, and employer’s liability limits of $100,000 per accident.

Insurance Requirements

D.Required policies are to contain, or be endorsed to contain, the following provisions:

  1. General Liability and Automobile Liability Coverages

The Clarendon County, its officials, employees and volunteers are to be covered as insureds as respects: Liability arising out of activities performed by or on behalf of the Consultants; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the Clarendon County, its officials, employees or volunteers. To accomplish this objective, the Clarendon County shall be named as an additional insured under the Consultant’s general liability policy by attaching Insurance Services Office Commercial General Liability Endorsement CG2010 10 93 (Additional Insured - Owners, Lessees or Consultants - Form B) or its equivalent. Consultants’ insurance coverage shall be primary insurance as respects the Clarendon County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the Clarendon County, its officials, employees, or volunteers shall be in excess of the Consultant’s insurance and shall not be required to contribute. To accomplish this objective, the following wording should be incorporated in the previously referenced additional insured endorsement.

Other Insurance: This insurance is primary, and our obligations are not affected by any other insurance carried by the additional insured whether primary, excess, contingent or on any other basis.

Any failure to comply with reporting provisions of the Consultant’s policies shall not affect coverage provided to the Clarendon County, its officials, employees or volunteers.

EXHIBIT A

Page 2

2.Workers’ Compensation

The Consultant shall agree to waive all rights of subrogation against the Clarendon County, its officials, employees and volunteers for losses arising from work performed by the Consultant for the Clarendon County.

  1. Any deductibles or self-insured retentions larger than $5,000 must be declared to and approved by the Clarendon County.

F.Each insured policy required by the Clarendon County shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Clarendon County.

  1. All coverages for subconsultants shall be subject to all the requirements stated herein.

H.Insurance must be placed with an approved insurance company with current Best’s rating of A+, A, or A-. Exceptions to this requirement must be approved in writing by the Department of Risk Management.

I.If the County elects to assign the attached contract to the Clarendon Public Facilities Corporation, as set for in the contract, than the Clarendon Public Facilities Corporation shall be named an additional insured along with the Clarendon County and shall be equally entitled to all coverages and benefits of the policies.

J.Consultant shall furnish the Clarendon County with Certificates of Insurance noting the endorsements. The Certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by the Clarendon County, Procurement Department, before work commences. The Clarendon County reserves the right to require complete, certified copies of all required insurance policies, at any time.

Required certificates should be mailed to: Tamika Malone, CPPO, CPPB

Clarendon County Procurement Department

411 Sunset Drive, Room 603

Manning, South Carolina 29102

Project: ROAD & DRAINAGE REPAIRS/REQUIRED RECOVERY RESULTING

FROM 2015 FLOOD

It is hereby warranted that the CONTRACTOR possesses LICENSE NUMBER ______

issued by the State of South Carolina.

WITNESSETH:CONTRACTOR/VENDOR:

______

______

Signature & Title:

WITNESSETH:CLARENDON COUNTY

______

Tamika Malone, CPPO, CPPB

Procurement Director

Clarendon, SC

EXHIBIT B

Page 1

Clarendon County

Drug-free Workplace Certification

(Consultant/Vendor Other Than Individuals)